Loading...
HomeMy WebLinkAbout4.331 Original ContractCity Landfill 3501 West 18 Street JANITORIAL SERVICES THIS AGREEMENT is made by and between the CITY OF PORT ANGELES, a municipal corporation of the State of Washington, organized under Chapter 35A RCW (hereinafter "City and DIVERSIFIED RESOURCE CENTER, a non profit corporation of the State of Washington, and NEW BROOM JANITORIAL, a division thereof, (hereinafter "Contractor FOR AND IN CONSIDERATION of the mutual covenants and promises contained herein, the parties agree as follows: {1, 3 Section 1. Performance by Contractor The Contractor hereby agrees to perform janitorial and maintenance services on and for the following City buildings and facilities: City Corporation Yard, Building A 17 and B Streets City Service Garage 17 and B Streets City Light Operations Building 240 West Front Street according to the specifications set forth in the Janitorial Services Scope of Work, copy of which is attached hereto and incorporated by reference. Contractor understands and hereby agrees that the tasks set forth in the attached Janitorial Services Scope of Work consist of the minimum amount of services required to be performed on a regular basis and that inclement weather, periods of increased City activity, and unusual or extraordinary circumstances may require additional work to be performed in the normal course of keeping the City buildings to be serviced clean, sanitary, orderly, and safe. Section 2. Payment City agrees to pay the approved amount as shown in the Proposal, a copy of which is attached hereto and incorporated by reference. Payment for services shall be on a regular monthly basis, upon submission by the Contractor of an invoice to the City. Section 3. Modification City may give notice to Contractor of the City's intention to renegotiate the agreement, including but not limited to the inclusion of additional facilities to be cleaned and maintained. Such notice to renegotiate shall cover such terms of the agreement as the City may prescribe within the notice to renegotiate, but shall include compensation to be paid Contractor for additional duties or the cleaning of additional facilities not listed herein. Failure of the City and Contractor to reach an agreement within ninety (90) days of the notice to renegotiate shall terminate this agreement. This agreement may only be modified by written agreement of the parties. Page 1 of 2 Section 4. Employment Contractor is an independent contractor, and is not an employee of the City. Section 5. Miscellaneous (a) Contractor shall be responsible for correcting employee complaints that are within the scope of services to be provided in the Janitorial Services Scope of Work. (b) Contractor shall be responsible for reporting plumbing leaks, equipment malfunctions, etc., as these are detected. (c) Contractor shall insure that doors entrance ways and gates are securely locked during and after services are performed. (d) All services are to be scheduled in such a manner as to minimize disruptions of City employees. (e) Contractor shall provide adequate supervision for its employees, as determined by the City. (f) Contractor shall notify the City's agent of the need for City furnished supplies at least five (5) working days prior to when the supplies will be needed. Section 6. Aaents Brent Jones shall be agent and contact person for Contractor. The Deputy Director of Public Works for Operations, shall be the contact person and agent for City, and shall be the contract administrator. CITY OF PORT ANGELES DATE: .2,42.4 C .rte City Manag6r NEW BRO M JANITORIAL DATE: /Z� �I etil.M Title: C \WP Data \JanitorCont2004 wpd Page 2 of 2 Additional information C \WP Data\JanitorCont2004 wpd JANITORIAL SERVICES SCOPE OF WORK January 23, 2004 One time per week services and cleaning: All trash emptied and waste baskets liners replaced Sweep and or dust mop all hard floor surfaces Vacuum clean all carpeted floors Clean and sanitize kitchen and or break room counters, drinking fountains, sinks, toilets, plumbing fixtures, and urinals. Wet mop restroom floors Other weekly services as needed: Refill all towel, soap and paper dispensers Dust all office furniture, equipment, appliances and fixtures Dust all ledges, sills and other flat surfaces within 8' off the floor Clean any obviously soiled or marked surface, including mirrors and door glass Wet mop kitchen break room floors (minimum weekly) Clear cobwebs Weekly services: Clean and wipe down all counters, phones, cabinets and desks, if cleared of all paperwork Clean door and entryway glass and all mirrors Wet mop any hard surface floors, other than restrooms and kitchen break rooms Monthly services: Clean all window glass 10' from ground inside and out Dust and clean all ledges, grates, and other flat surfaces above 8' from the floor Wash down plastic floor mats Polish desks, counters, cabinets, chairs, bookcases and picture frames The Contractor will supply cleaning supplies and equipment. Expendable paper products, trash can liners, soap /sanitizers and deodorizers will be supplied by the City Proposal for: City of Port Angeles 321 East 5th Street Port Angeles, WA 98362 Attn: Glenn A. Cutler PROPOSAL Frequency of service: Service Type: Janitorial Services to be performed by contractor each frequency is as follows: Prices are for one time a week service at each site: City Corporation Yard, Bldg A City Service Garage City Landfill City Light Operations Bldg 65.00 35.00 35.00 50.00 Prices are based on attached scope of work, if there are any questions or comments, please feel free to call me at (360) 452 -6470 This proposal supersedes any previous proposals Proposal prepared by: Brent Jones New Broom Janitorial Services 360- 452 -6470 C: \WP Data \JanitorCont2004.wpd Bid date: Oct 24, 2003 'PRODUCER 'Marsh Advantage America a service of Seabury Smith 111 SW Columbia Portland, OR 97201 INSURED INSURER A I INSURER B Diversified Resource Center I INSURER C 430 E. Lauridsen Blvd. I INSURER D Port, Angeles WA 98362 IINSURER COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR lTR TYPE OF INSURANCE A GENERAL LIABILITY X I COMMERCIAL GENERAL LIABILITY A ACORD CERTIFICATE OF LIABILITY INSURANCE GEN'L AGGREGATE LIMIT APPLIES PER 7 POLICY I I E R G O T I LOC AUTOMOBILE LIABILITY X ANY AUTO OTHER CLAIMS MADE I X I OCCUR ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS GARAGE LIABILITY ANY AUTO EXCESS LIABILITY OCCUR CLAIMS MADE DEDUCTIBLE RETENTION WORKERS COMPENSATION AND EMPLOYERS' LIABIUTY CITY OF PORT ANGELES PO BOX 1150 PORT ANGELES, WA 98362 4CORD 25-S (7/97) POLICY NUMBER PHPK074138 PHPK074138 CERTIFICATE HOLDER I ADDITIONAL INSURED; INSURER LETTER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. POLICY EFFECTIVE DATE (MM /DD/VYI 3/01/04 INSURERS AFFORDING COVERAGE PHILADELPHIA INSURANCE CO. POLICY EXPIRATION DATE,(MM /DD /YY) 3/01/05 I EACH OCCURRENCE FIRE DAMAGE (Any one (ire) MED EXP (Any one person) PERSONAL ADV INJURY GENERAL AGGREGATE PRODUCTS COMP /OP AGG 3/01/04 3 01 0 5 COMBINED SINGLE LIMIT (Ea accident) BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE (Per accident) AUTO ONLY EA ACCIDENT OTHER THAN AUTO ONLY EACH OCCURRENCE I AGGREGATE DESCRIPTION OF OPERATIONS /LOCATIONS/VEHICLES /EXCLUSIONS ADDED BY ENDORSEMENT /SPECIAL PROVISIONS Certificate holder is named as additional insured as respects janitorial contract. LIMITS EA ACC AGG TORY LIMITS I I O ER 1 E L EACH ACCIDENT I E L DISEASE EA EMPLOYEE I E L DISEASE POLICY LIMIT IS IS IS IS Is DATE (MM /DD /YY) 3/02/04 1000000 200000 5000 1000000 3000000 3000000 s 1000000 S 5 CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRES TATA o 3- 6 R* 1 0 ACORD CORPORATION 1988 CERTIFICATE OF INSURANCE PRODUCER Marsh USA Inc. 111 SW Columbia Suite 500 Portland, OR 97201 (503) 248 -6400 INSURED Diversified Resource Center 430 E. Lauridsen Blvd Port Angeles WA 98362 COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE DESCRIBED HEREIN HAVE BEEN ISSUED TO THE INSURED NAMED HEREIN FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THE CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, CONDITIONS AND EXCLUSIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS CO LTR A Documont8 TYPE OF INSURANCE GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY CLAIMS MADE OCCUR OWNERS CONTRACTORS PROT, El AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS WORKERS' COMPENSATION AND EMPLOYERS LIABILITY THE PROPRIETOR/ PARTNERS /EXECUTIVE OFFICERS ARE OTHER CERTIFICATE HOLDER CITY OF PORT ANGELES PO BOX 1150 PORT ANGELES WA 98362 POLICY NUMBER S171573297 COMPANY LETTER A COMPANY LETTER B COMPANY LETTER C COMPANY LETTER D COMPANY LETTER E 4 4. 1 Cert #T ISSUE DATE (MM /DDIYY) 02/26/2001 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER OTHER THAN THOSE PROVIDED IN THE POLICY THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES DESCRIBED HEREIN COMPANIES AFFORDING COVERAGE POLICY EFFECTIVE POLICY EXPIRATION DATE (MM /DD/YYYY) DATE (MM /DD /YYYY) 3/1/01 3/102 DESCRIPTION OF OPERATIONS /LOCATIONSNEHICLES /SPECIAL ITEMS: Re: Certificate holder is named as additional insured as respects janitorial contract. Marsh USA Inc. Valley Forge Insurance Company AUTHORIZED REPRESENTATIVE SIGNATURE LIMITS GENERAL AGGREGATE PRODUCTS COMP /OP AGG PERSONAL ADV INJURY EACH OCCURRENCE FIRE DAMAGE (Any one fire MED EXP (Any one person) COMBINED SINGLE LIMIT BODILY INJURY SCHEDULED AUTOS (per person) A HIRED AUTOS S171573297 :3/1/01 3/1/02 BODILY INJURY NON -OWNED AUTOS (per accident) GARAGE LIABILITY PROPERTY DAMAGE EXCESS LIABILITY EACH OCCURRENCE 1 UMBRELLA FORM AGGREGATE 1 OTHER THAN UMBRELLA FORM 1 STATUTORY LIMITS EACH ACCIDENT 1 INCL DISEASE- POLICY LIMIT 1 EXCL DISEASE -EACH EMPLOYEE I 3,000,000 3,000,000 1,000,0001 1,000,0001 100,000 15,000 1,000,000 1 CANCELLATION SHOULD ANY OF THE POLICIES DESCRIBED HEREIN BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE INSURER AFFORDING COVERAGE WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED HEREIN, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER AFFORDING COVERAGE, ITS AGENTS OR REPRESENTATIVES City Landfill Section 2. Payment Section 3. Modification Section 4. Employment JANITORIAL SERVICES CONTRACT THIS CONTRACT is made by and between the CITY OF PORT ANGELES, a municipal corporation of the State of Washington, organized under Chapter 35A RCW (hereinafter "City and DIVERSIFIED RESOURCE CENTER, a non profit corporation of the State of Washington, and NEW BROOM JANITORIAL, a division thereof, (hereinafter "Contractor FOR AND IN CONSIDERATION of the mutual covenants and promises contained herein, the parties agree as follows: Section 1. Performance by Contractor The Contractor hereby agrees to perform janitorial and maintenance services on and for the following City buildings and facilities: City Corporation Yard, Building A 17 and B Streets City Service Garage 17 and B Streets 3501 West 18 Street City Light Operations Building 240 West Front Street according to the specifications set forth in the Request for Proposals copy of which is attached hereto and incorporated by reference. Contractor understands and hereby agrees that the tasks set forth in the attached Request for Proposals consist of the minimum amount of services required to be performed on a regular basis and that inclement weather, periods of increased City activity, and unusual or extraordinary circumstances may require additional work to be performed in the normal course of keeping the City buildings to be serviced clean, sanitary, orderly, and safe. City agrees to pay the approved amount as shown in the Request for Proposals, a copy of which is attached hereto and incorporated by reference. Payment for services shall be on a regular monthly basis, upon submission by the Contractor of an invoice to the City. City may give notice to Contractor of the City's intention to renegotiate the contract, including but not limited to the inclusion of additional facilities to be cleaned and maintained. Such notice to renegotiate shall cover such terms of the contract as the City may prescribe within the notice to renegotiate, but shall include compensation to be paid Contractor for additional duties or the cleaning of additional facilities not listed herein. Failure of the City and Contractor to reach an agreement within ninety (90) days of the notice to renegotiate shall terminate this contract. This contract may only be modified by written agreement of the parties. Contractor is an independent contractor, and is not an employee of the City. Page 1 of 2 </.331 Section 5. Miscellaneous (a) Contractor shall be responsible for correcting employee complaints that are within the scope of services outlined in the specifications. (b) Contractor shall be responsible for reporting plumbing Teaks, equipment malfunctions, etc., as these are detected. (c) Contractor shall insure that doors and entrance ways are securely locked during and after services are performed. (d) All services are to be scheduled in such a manner as to minimize disruptions of City employees. (e) Contractor shall provide adequate supervision for its employees, as determined by the City. (f) Section 6. Aaents TANS CPT r shall be agent and contact person for Contractor. The Deputy Director of Public Works for Operations, Ken Ridout, shall be the contact person and agent for City, and shall be the contract administrator. DATE: '7 Or) DATE: ZJ /q 06 Q Contractor shall notify the City's agent of the need for City furnished supplies at least five (5) working days prior to when the supplies will be needed. ATTTS i Becky Upton, City Clerk APPROVED AS TO FORM: Craig D. Knutson, City Attorney I v n Q N \PROJECTS`20- 14\NBcont.wpd Page 2 of 2 CITY OF PORT ANGELES -Larry Doyle, Mayor NEW BROOM JANITORIAL Title: OPEC A s v PER or ove REQUEST FOR QUOTES for JANITORIAL SERVICES Project. No. 20 -14 CITY OF PORT ANGELES WASHINGTON March 19, 2000 Notice is hereby given that the City of Port Angeles, Public Works and Utilities Department will accept letters of interest and proposals from qualified firms for janitorial services for four (4) locations within the city limits. A detailed Request for Proposals may be obtained from the City of Port Angeles, Public Works and Utilities Department, 321 E. gh Street (PO Box 1150), Port Angeles, WA 98362 or by phone at (360) 417 -4724. PROPOSALS MUST BE RECEIVED OR POSTMARKED NO LATER THAN 2:30PM ON TUESDAY, APRIL 11, 2000 AT THE ABOVE ADDRESS. Glenn A. Cutler Director of Public Works and Utilities Dates of publication: Peninsula Daily News, March 19 28, 2000 CITY OF PORT ANGELES REQUEST FOR PROPOSALS for JANITORIAL SERVICES JANITORIAL SERVICES TABLE OF CONTENTS Request for Quote and Quote Sheet, pages 4 -8 Specifications, page 9 Location and Type of Work, pages 10 -11 References Experience, pages 12 -13 Janitorial Services Contract, pages 14 -15 321 E. 5th Port Angeles Washington 98362 360- 417 -4800 Page 3 of 15 REQUEST FOR QUOTES /BIDS JANITORIAL SERVICES The City of Port Angeles is seeking quotes from licensed and bonded contractors to perform janitorial work on City facilities at the following locations: City Corporation Yard, Building A 17 and B Streets City Service Garage 17 and B Streets City Landfill 3501 West 18 Street City Light Operations Building 240 West Front Street Page 4 of 15 REQUEST FOR QUOTE AND QUOTE SHEET 1. SUBMISSION OF QUOTATION Quotations shall be delivered to the City of Port Angeles to the attention of City Clerk, 321 East Fifth Street, PO Box 1150, Port Angeles, Washington, 98362 to arrive not later than 2:30 p.m. Tuesday, April 11, 2000. Quotations must be completed in ink or type- written. Quotations will cover the furnishing of janitorial services at 4 locations within the city limits of Port Angeles per the attached descriptions. 2. REJECTION OF QUOTATIONS The City of Port Angeles reserves the right to reject any or all quotations and to take into consideration experience as well as cost. Any exceptions to the specifications or general conditions shall be noted by the Bidder. Exceptions deemed by the City to be material shall be grounds for rejection of the quotation. 3. EXAMINATION OF SITE AND CONDITIONS Prior to the submission of the quotation, the Bidder shall make a careful examination of the sites and the specifications and shall become informed as to the location and nature of the proposed work, general conditions, and all other matters that may affect the work. 4. STARTING AND COMPLETION DATES The Contractor shall begin work the first week after signing of the contract and continue through December 31, 2000. The City shall have the option of retaining the services of the Contractor for 2001, 2002, 2003, 2004 and 2005. The City shall offer the rate increases for the following year equal to the Seattle cost of living index published for that year. 5. PAYMENT The Contractor shall submit an invoice to the Public Works Department at the end of each month for the previous months work and shall be paid monthly. The City shall review the bill and upon approval, will remit payment within thirty (30) days. The bill shall be sent to City of Port Angeles, Public Works Department, Attention' Ken Ridout, Deputy Director of Public Works for Operations, PO Box 1150, Port Angeles, WA 98362. 6. INSURANCE AND LICENSING REQUIREMENTS A. The Contractor shall be licensed and bonded. B. The Contractor shall provide and maintain, at its sole cost and expense, the Page 5 of 15 7. HOLD HARMLESS following insurance from an insurance company operating within the State of Washington: 1. Workman's Compensation Insurance as required by the laws of the State of Washington. 2. Comprehensive Commercial Liability Insurance naming the City, its officials, employees, and agents as additional insured from and against claims, demands, causes of action, expenses, costs or liability for injury to or death of persons, or damage to or loss of property arising out of or in any manner connected with the Contractor's operations or performance under this Contract in an amount not less than one million dollars ($1,000,000) combined single limit for each occurrence or two- million dollars ($2,000,000) general aggregate. 3. Automobile Liability Insurance in an amount not less than one million dollars ($1,000,000) combined single limit per accident for bodily injury and property damage covering owned, non owned and hired vehicles. The Contractor shall deliver to the Public Works Department proof of license and bonding. The Contractor shall also deliver to the Public Works Department certificates of insurance and original endorsements for both the commercial liability and automobile insurance, along with EIN (Employee ID) numbers for all employees. All policies of insurance required by this contract shall name the City of Port Angeles as additional named insured and provide that no cancellation, lapse, or material changes in the policies shall become effective unless thirty (30) day's prior notice of such cancellation or change shall be furnished to the Public Works Department by registered mail. The Contractor shall not commence any work hereunder, until all the insurance has been obtained and such insurance has been approved by the Public Works Department. The Contractor agrees to indemnify and hold harmless the City from liability, Toss, damage, injury, or death to any person or property from any negligent act or omission of the Contractor, or its employees, or agents in the performance of this Contract unless caused by or resulting from the sole negligence of the City or, if caused by or resulting from the concurrent negligence of the City or its agents or employees, and the Contractor, subcontractors, or its agents or employees, only to the extent of the Contractor's negligence. The Contractor assumes the risks for the condition of the property of the City to be worked upon in the performance of this work, and agrees to indemnify and hold harmless the City against any loss, damage, injury, or death to any persons or property of the Contractor or its employees. 8. SCHEDULE The Contractor shall clean each facility on the same day of the week, each week. Page 6 of 15 Contractor may, at their option, pick a different day to provide services to the Corporation Yard, Building A and Service Garage, Landfill office and Light Operations. Work shall be commenced and completed after 5pm in the evening and prior to lam in the morning. 9. PREVAILING WAGES The Contractor agrees to pay all laborers, workmen, or mechanics employed on this project, the prevailing rate of wage for an hour's work in the same trade or occupation in the area of work regardless of any contractual relationship which may exist, or be alleged to exist, between the Contractor and any laborers, workmen, or mechanics. 10. REASSIGNMENT OF WORK The use of subcontractors shall not be allowed without the written approval of the contract administrator. 11. EQUAL EMPLOYMENT AND CIVIL RIGHTS ACT The Contractor shall comply with the applicable portion of the Federal Civil Rights Act of 1964, and the Equal Employment Opportunity Act and the regulations issued thereunder by the State and Federal Government. If the Contractor fails to comply with these Acts or the Regulations issued thereunder, the City reserves the right to terminate the work. 12. TERMINATION OF QUOTATION In the event that any of the provisions of this quotation are violated by the Contractor the City may serve written notice of intention to terminate the Contractors' work, which notice shall specify the reasons therefor. Unless within ten (10) days after serving such notice upon the Contractor such violation shall cease and an arrangement for the correction thereof satisfactory to the City be made, this quotation shall, upon the expiration of the said ten (10) days, cease and terminate. 13. INTERPRETATION OF DOCUMENTS Bidders are instructed to familiarize themselves with the work contemplated in order that the true spirit and intent of the specifications may be fulfilled. If a Bidder is in doubt as to the true meaning of any part of the drawings, specifications or documents, he shall contact the Public Works Department at 360- 417 -4800 for an interpretation. 14. REFERENCES The Contractor shall provide at least three (3) references, along with a contact person and phone number, for commercial work of this type (form enclosed). 15. QUALIFIERS The Contractor: Must have been in the janitorial business for a minimum of 5 years. Must have in possession and have immediately available all equipment and tools needed for the work described in this document. Page7of 15 h6) Name of Contractor 1) C I Of Project Name Date of Completion 152 W€+ Cec ler 54- S equ. to tav Q X 38 2 Address City _Sare,k1 Ktizne. Name of Responsible Contact __.)(113A2ELQL Description of Project 2) U.5.Coas- t cU.O%D Project Name LLiboisJ'c4 YoKT Address City Name of Responsible Contact Description of Project 3) GS e za. idIn4 Project Name .1 U and Off Poo Address City en: K Name of Responsible Contact Lam• -6( (1.c1-1-od D escription of Project REFERENCES Page 12 of 15 g52 452- 9 '7 00 Phone Fax PLEASE PROVIDE THREE (3) VERIFIABLE REFERENCES 54- OAJOUernber ZOLO State Zip Code 3 lQ0 ,__LaA- 3 Contact Phone Number a 3o 2 Date o Completi n State Zip Code (20(a) Cn 3g7 Contact Phone Number b°1__/ o Date of ompleti dos tacl q_g State Zip Code C L3 I 7& /3 Contact Phone Number BIDDER'S JANITORIAL EXPERIENCE Answer all questions and provide clear and comprehensive information. 1. Name of bidder: kCt.t ..00n l 4viri aL 2. Permanent main office address: q E .0u LC( d€tJ 61k PArebrie)3 3. When organized: £t2 3 4. When incorporated: CO 3 5. How many years have you been en aged in the contracting business under your present firm name? 1 6. Contracts on hand (schedule these, showing gross amount of each contract and the approximate anticipated dates of completion): 7. General character of work performed y your com pany: e,iNt CeS -I I.Nd i V i dtka.i5 w i+h 6 150 -hilt -He s 8. Have you ever failed to complete any work awarded to N U 9. Have you ever defaulted on a contract? 1V U 10. List the more important projects recently completed by your company, stating approximat cost for each and the month and year completed: ;u. WAAA 4e€- t 11. List your major equipment available for this contract: 12. Experience in work similar in im ortance to this project: e,i 4.k! of Seou.i m (oCtsTGuArd T show ia, 5&c. e tLe r-a c.. 13. Will you, upon request, fill out a detailed financia sta e ment and furnish any other information that may be required by the City? Add separate sheets if necessary. The undersigned hereby authorizes and requests any person, firm or corporation to furnish any inf.rmation reque d by the City of Port Angeles. Date Bidder's Sig ture�� r )�6 M Page 13 of 15 &OIL( 12 005 Print Name 141.)i WM1Y) kA Sof Title THIS CONTRACT is made by and between the CITY OF PORT ANGELES, a municipal corporation of the State of Washington, organized under Chapter 35A RCW (hereinafter 'City and is J u v `J(1. 41- (hereinafter "Contractor). FOR AND IN CONSIDERATION of the mutual covenants and promises contained herein, the parties agree as follows: Section 1. Performance by Contractor JANITORIAL SERVICES CONTRACT The Contractor hereby agrees to perform janitorial and maintenance services on and for the following City buildings and facilities: City Corporation Yard, Building A 17t'' and B Streets City Service Garage 17 and B Streets City Landfill 3501 West 18 Street City Light Operations Building 240 West Front Street according to the specifications set forth in the Request for Proposals copy of which is attached hereto and incorporated by reference. Contractor understands and hereby agrees that the tasks set forth in the attached Request for Proposals consist of the minimum amount of services required to be performed on a regular basis and that inclement weather, periods of increased City activity, and unusual or extraordinary circumstances may require additional work to be performed in the normal course of keeping the City buildings to be serviced clean, sanitary, orderly, and safe. Section 2. Payment City agrees to pay the approved amount as shown in the Request for Proposals, a copy of which is attached hereto and incorporated by reference. Payment for services shall be on a regular monthly basis, upon submission by the Contractor of an invoice to the City. Section 3. Modification City may give notice to Contractor of the City's intention to renegotiate the contract, including but not limited to the inclusion of additional facilities to be cleaned and maintained. Such notice tb renegotiate shall cover such terms of the contract as the City may prescribe within the notice to renegotiate, but shall include compensation to be paid Contractor for additional duties or the cleaning of additional facilities not listed herein. Failure of the City and Contractor to reach an agreement within ninety (90) days of the notice to renegotiate shall terminate this contract. This contract may only be modified by written agreement of the parties. Paae 14 of 15 DATE: DATE: Section 4. Emolovment Contractor is an independent contractor, and is not an employee of the City. Section 5. Miscellaneous (a) Contractor shall be responsible for correcting employee complaints that are within the scope of services outlined in the specifications. (b) Contractor shall be responsible for reporting plumbing leaks, equipment malfunctions, etc., as these are detected. (c) Contractor shall insure that doors and entrance ways are securely locked during and after services are performed. (d) All services are to be scheduled in such a manner as to minimize disruptions of City employees. (e) Contractor shall provide adequate supervision for its employees, as determined by the City. (f) Contractor shall notify the City's agent of the need for City furnished supplies at least five (5) working days prior to when the supplies will be needed. Section 6. Agents shall be agent and contact person for Contractor. The Deputy Director of Public Works for Operations, Ken Ridout, shall be the contact person and agent for City, and shall be the contract administrator. APPROVED AS TO FORM: Craig D. Knutson, City Attorney Facie 15 of 15 CITY OF PORT ANGELES Larry Doyle Mayor TO: City of Port Angeles Public Works 321 East Fifth Street; PO Box 1150 Port Angeles, WA 98362 (Hereinafter called "City The undersigned (hereinafter called "Contractor") hereby proposes to perform the work requested by the City, as indicated in the specifications for the janitorial quote and upon the terms and conditions herein stated: 1. Cost Quote for Services: Corporation Yard, Building A 17 and B Streets City Service Garage 17 and B Streets Landfill Office 3501 West 18 Street Light Operations Bldg. 240 W. Front 2. The Contractor shall submit a man hour rate for labor and small equipment which shall be used as a basis for any City approved additional work (i.e. carpet cleaning, stripping of floors and re- waxing.) Classification STn"C"TP)RS Alr Equipment VANS imoPS,BRoonS rLErAYrNCL CI CriEr ALS c 1 1 00 has ve r,(t TOTALS Once per Week Services T1 )97 .30 3. An alterations or exceptions to this quotation: `�Co 3. e© YFa>2 1a4< err€ g5 boo VCAROS sy-vz- ►tc.Nn,»RL BIDDER: BY: ADDRESS: PHONE: `K.) L-e3 Authorized Contractor Signature Man Hour Rate IS (includina tax) (includina tax) (includina tax) (includina tax) Eauioment Hourly Rate Page 8 of 15 (includina tax) (includina tax) (includina tax) (includina tax) Once per 6 Month Services SO -"L- 5`;' 35 l OO o N oo,NA �RZ ANA C w S X1 SO E. Lew RTVPSfJ SL' P011 GEL.ES 36O) 052 GLi 3 AOG 00 Date SPECIFICATIONS The following basic services shall be provided at each location one (1) day per week unless otherwise specified: Sweep or vacuum (depending on surface) all floor areas including entrances, exits, and thoroughfares. Damp mop and apply non -skid wax as required to any excessively dirty or heavily traveled areas. (Special attention to be given during bad weather periods.) Gather and empty all waste baskets and trash receptacles into containers provided for disposal. Waste baskets to be Tined with plastic can liners (to be provided by City). Dust all common area furniture, counter -tops, tables, chairs, filing equipment, cabinets, counters, ledges, window sills, etc. (exclude desks.) Clean all restrooms and toilets thoroughly; this will include the following items: 1. Clean all toilet bowls, lavatories (sinks), and urinals. 2. Clean (polish) all chrome fixtures and mirrors. 3. Deodorize and disinfect fixtures (replace toilet and urinal deodorizers as needed; materials to be provided by City). 4. Clean off splash marks and other defaces on booths, walls and vanities. 5. Refill all dispensers as needed (toilet paper, paper towels, seat covers; materials to be provided by City). 6. Wet mop all floors in restrooms and toilets. The following services shall be provided each six (6) months unless otherwise specified: Wash and clean inside and outside of all windows and glass; window sills are to be sponge cleaned at the time inside glass is cleaned. Mop clean, apply self polishing wax, or wax and buff all tile or vinyl coated floor surfaces. Page 9 of 15 LOCATIONS OF FACILITIES AND SIZES OF AREAS CORPORATION YARD, BUILDING A 17 and B STREETS 1. Lunchroom /Common Area (a) (b) (c) (d) (e) (f) 2. Ladies Restroom (a) (b) (c) (d) (e) (f) 3. Mens Restroom (a) (b) (c) (d) (e) (f) (g) (h) 640 sq. ft. concrete floor 2 windows, total 5.5 sq. ft. 1 stainless steel sink 2 large waste baskets 1 formica counter, 28 sq. ft. 4 tables 98 sq. ft. concrete floor 1 sink 1 commode 1 shower stall 1 mirror, 6 sq. ft. 1 waste basket 261 sq. ft. concrete floor 1 shower area with four heads 2 sinks 1 mirror, 6 sq. ft. 6 windows, 8 sq. ft. each 4 commodes 4 urinals 2 large waste baskets Page 10 of 15 SERVICE GARAGE 17TH AND B STREETS 1. Office (a) 224 sq. ft. vinyl floor (b) 4 windows, total 60 sq. Ft. 2. Restroom #1 (a) (b) (c) (d) (e) 3. Restroom #2 (a) (b) (c) 49 sq. ft. vinyl floor 1 window, 6 sq. ft. 1 commode 1 sink 1 urinal 49 sq. ft. vinyl floor 1 commode 1 sink 4. Lunch Room (a) 288 sq. ft. concrete floor (b) 1 window, 12 sq. ft. (c) 1 table (d) 1 counter, 16 sq. ft. (e) 1 stainless steel sink LANDFILL OFFICE AND CREW BLDG. WEST 18 STREET 1. Office Area (a) 151 sq. ft. vinyl floor (b) 2 windows, total 20 sq. ft. 2. Crew Room/Lunch Room (a) (b) (c) (d) 3. Mens Restroom (a) (b) (c) (d) (e) (a) (b) (c) (d) 333 sq. ft. with floor 1 formica counter top, 20 sq. ft. 1 stainless steel sink 1 table 109 sq. ft. vinyl floor 1 commode 1 urinal 1 sink 1 shower stall 4. Ladies Restroom 109 sq. ft. vinyl floor 1 commode 1 sink 1 shower stall Page 11 of 15 LIGHT OPERATIONS BUILDING 1. Meter Room (a) 600 sq. ft. vinyl floor (b) 5 windows, total 100 sq. ft. 2. Kitchen (a) 144 sq. ft. carpeted floor (b) 1 counter, 8 sq. ft. 3. Hallway (a) 270 sq. ft. concrete floor 4. Crew Room (a) 340 sq. ft. carpeted floor (b) 2 windows, total 40 sq. ft. 5. Mens Restroom (a) (b) (c) (d) (e) (f) (a) (b) (c) (d) 8. Office Area (a) (b) (c) 84 sq. ft. concrete floor 2 windows, total 40 sq. ft. 1 counter, 8 sq. ft. 1 commode 1 urinal 1 sink 6. Ladies Restroom 56 sq. ft. concrete floor 1 counter, 6 sq. ft. 1 commode 1 sink 7. Conference Room (a) 480 sq. ft. carpeted floor 1200 sq. ft. carpeted floor 10 windows, total 200 sq. ft. 1 counter, 24 sq. ft. 9. Storage (a) 120 sq. ft. carpeted floor (b) 2 windows, total 40 sq. ft. 10. West Entry (a) 175 sq. ft. concrete floor (b) 18 windows, total 378 sq. ft. June 21, 2000 Gary Milsap United Parcel Service 3216 Hwy 101 East Port Angeles, Washington Mr Ken Ridout City of Port Angeles 321 East 5 Street Port Angeles, Washington 98362 Re Letter of Reference Dear Mr Ridout. I would like to submit a letter of recommendation on behalf of New Broom Janitorial. New Broom has done the janitorial work at our Port Angeles location since January, 1994 and we have been very pleased. In addition to all of the janitorial in our 5456 square foot building, New Broom cleans the grounds outside. Our building consists of an automobile bay area, 2 offices, 2 dressing rooms, and 2 bathrooms Their job not only includes cleaning of these areas and quality control, but stocking supplies and maintaining security issues. United Parcel Service's business partnership with New Broom has been a very pleasant experience They are very conscientious about their work, and have proven to satisfy all of our requirements. It is my pleasure to recommend New Broom for any janitorial needs you may have. Sincerely, Gary Milsap Manager June 21, 2000 City of Port Angeles 321 East 5 Port Angeles, Washington 98362 Attn: Mr. Ken Ridout Re: Letter of Reference Dear Mr. Ridout I understand that New Broom Janitorial Services, a program of Diversified Resource Center, is presenting their bid for services to you. I am happy to give them a reference for this job, as they have done the janitorial work for us since 1995 As you know, Daishowa is a large mill with several buildings. New Broom crews go between buildings and carry out a variety of cleaning tasks in offices and work areas that have very heavy traffic. They clean a total of over 20,000 square feet, including six bathrooms. Their jobs include maintaining supply inventory and stocking bathrooms, etc Our experience with New Broom has been very good. Their work crew supervisors (job coaches) are always willing to go the extra mile to satisfy our requirements and their management staff is helpful and professional. They return all calls promptly. The janitorial crews are made up of people with disabilities. Many of these individuals would not have paid work if they did not have New Broom. All of the staff at Diversified Resource Center are committed to providing good services to their clients (the workers) at the same time they do good janitorial work Sincerely, STEVE PINNELL Material Handling Supervisor Equipment Kawasaki 17 -inch Burnisher Windsor Industrial Vacuums Ambassador Industrial Carpet Extractor Floor Buffers Ladders Window Washing Equipment NEW BROOM BILLING INFORMATION DEPT OF CORRECTIONS 175.00 DEPT OF ODD 100.00 DEPT OF LICENSING 200.00 DAISHOWIA 4,436.00 DAISHOWIA- FAN COIL @320.00 DVR 165.00 GSA 3,678.00 HOME AND COMMUNITY 225.00 PORT OF PA- BOAT HAVEN LOTS 150.00 PORT OF PA- PARKING LOTS 145.00 PRO BONO SERVICES 50.00 USCG 1,200.00 UPS 750.00 SARC 1.200.00 CLALLAM COUNTY ROAD DEPT. (CAR WASH) 500.00 CITY OF PA (COPY CENTER) 1,270.00 bRC 75.00 City Sequim 1,030.00 Career Development Center 575.75. CERTIFICATE OF INSURANCE PRODUCER Marsh USA Inc. 111 SW Columbia Suite 500 Portland, OR 97201 (503) 248 -6400 INSURED Diversified Resource Center 430 E Lau Blvd Port Angeles WA 98362 CO LTR A A Document6 TYPE OF INSURANCE GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY CLAIMS MADE OCCUR OWNER'S CONTRACTORS PROT 0 0 AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS GARAGE LIABILITY EXCESS LIABILITY UMBRELLA FORM OTHER THAN UMBRELLA FORM WORKERS' COMPENSATION AND EMPLOYERS LIABILITY THE PROPRIETOR PARTNERS /EXECUTIVE OFFICERS ARE OTHER CERTIFICATE HOLDER CITY OF PORT ANGELES PO BOX 1150 PORT ANGELES WA 98362 INCL EXCL POLICY NUMBER S171573297 S171573297 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER OTHER THAN THOSE PROVIDED IN THE POLICY THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POUCIES DESCRIBED HEREIN COMPANIES AFFORDING COVERAGE COMPANY LETTER A Valley Forge Insurance Company COMPANY LETTER B COMPANY LETTER C COMPANY LETTER D COMPANY LETTER E POLICY EFFECTIVE DATE (MM /DD/YYYY) COVIERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE DESCRIBED HEREIN HAVE BEEN ISSUED TO THE INSURED NAMED HEREIN FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THE CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, CONDITIONS AND EXCLUSIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS DESCRIPTION OF OPERATIONS /LOCATIONSNEHICLES /SPECIAL ITEMS: Re' Certificate holder is named as additional insured as respects janitorial contract CANCELLATION POLICY EXPIRATION DATE (MM/DD/YYYY) 3/1/00 3/101 3/1/00 3/1/01 SHOULD ANY OF THE POLICIES DESCRIBED HEREIN BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE INSURER AFFORDING COVERAGE WILL•` ;;,to. MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAME' Ai-Af AUTHORIZED REPRESENTATIVE SIGNATURE Y) a AAA r 1 Marsh USA Inc COMBINED SINGLE LIMIT BODILY INJURY (per person) BODILY INJURY (per accident) PROPERTY DAMAGE EACH OCCURRENCE AGGREGATE ICert #I ISSUE DATE (MM /DD/YY) 09/25/2000 LIMITS GENERAL AGGREGATE PRODUCTS COMP /OP AGG PERSONAL ADV INJURY EACH OCCURRENCE FIRE DAMAGE (Any one fire MED EXP (Any one person) STATUTORY LIMITS EACH ACCIDENT DISEASE POLICY LIMIT DISEASE -EACH EMPLOYEE 3,000,000 3,000,000 1,000,000 1,000,000 100,000 15,000 1,000,000 r u j e tia d, INEUSWI n r zd se w 430 East Lau "Vocation S 4,i. Ilr t►oto Janitori l .#2 ltesideutia l Services City of Port Angeles PO Box. 1154 n eles, W A 98 36Z port Angeles, Contract signatures Concern sign all Whom It May fission t0 g To has. perm the pure °$es of Su ervisor Cates, New g B room Janitorial for Brian concerning Ne co ntracts cOn ial serv ing out ,.'ani .carry Sincerely C a m p Marie bell Executive Director r rnu nit DZversif2 y is